Loading...
1998-206AN ORDINANCE OF THE CITY OF DENTON AUTHORIZING THE CITY MANAGER TO EXECUTE A PROFESSIONAL SERVICES CONTRACT WITH ADS ENVIRONMENTAL SERVICES, INC FOR ENGINEERING SERVICES FOR THE WATER/WASTEWATER ENGINEERING 1998 SMOKE TESTING PROGRAM, AUTHORIZING THE EXPENDITURE OF FUNDS THEREFORE, AND PROVIDING AN EFFECTIVE DATE THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS ~ That the City Manager is anthonzed to execute a professional services agreement between the City of Denton and ADS Environmental Services, Inc relatang to Engmeenng sermces for the Water/Wastewater Engineenng 1998 Smoke Testing Program respecting the PH and PJ Basins, substantially in accordance with the terms and conditions eontmned m the professional services agreement, which is attached hereto and made a part hereof for all purposes ~ That the City Council hereby authorizes the expenditure of funds in the manner and amount as specified m the professional services agreement SECTION III That this ordinance shall become effective immediately upon its passage and approval PASSED AND APPROVED this the ~] °f'lc day of ~~__~, 1998 JAC~LLER, MAYOR ATTt ;ST JENB ~ER WA~LTEI~S, ~ITY SECRETARY HER] IERT L PROUTY, CITY ATTO~EY PROFESSIONAL SERVICES AGREEMENT FOR ENGINEERING SERVICES STATE OF TEXAS COUNTY OF DENTON cx TI, lIS AGREEMENT 18 made and entered ~nto as of the ~]a~t day of ~x~4~/fl-.t~.~- ,1998, by and between the C~ty of Denton, a Texas Mumc~l~al Corporation, wltbTlts pr~mpal office at, 215 ,E,. McKmney Street, Denton, Denton County, Texas 76201, (hereinafter referred to as CITY ) and ADS Environmental Services, Inca corporation, with its office m Dallas, Texas, hereinafter called the ("CONSULTANT"), acting herein, by and through their duly authorized representatives WITNESSETH, that m consideration of the covenants and agreements herein contained, the parties hereto do mutually agree as follows EMPLOYMENT OF CONSULTANT The CITY hereby contracts with CONSULTANT, as an independent contractor, and the CONSULTANT hereby agrees to perform the services herein in connection with the ProJect as stated xmthe sections to follow, with dlhgence and ~n accordance with the highest professional standards customarily obtmned for such services m the State of Texas The professional services set out herein are in connection with the following described project CITY OF DENTON WATER/WASTEWATER ENGINEERING, 1998 SMOKE TESTING PROGRAM (PB, PC, PD, PE, PG, & PI SUB-BASINS) hereinafter the "ProJect" SCOPE OF SERVICES The CONSULTANT shall perform the following basic englneenng services in a professxonal manner Smoke testing services for sub-basins PB, PC, PD, PE, PG, & PI as set forth ~n Attachment "A", attached hereto, and incorporated as ~fwntten word for word herein T~____TLQ~E III ADDITIONAL SERVICES Additional Services to be performed by the CONSULTANT, if authorized by the CITY, which are not included in the above described basic services, are described as follows A Special services as outlined in Attachment "A" B Appeanng before regulatory agencaes or courts as an expert witness in any htlgataon with thard parties or condemnataon proceedmgs arising from the development or constructaon of the Project, mcluchng the preparatmn of engmeenng data and reports for assastance to the CITY PERIOD OF SERVICE Thrs Agreement shall become effectave upon execution by the CITY and the CONSULTANT of tlus Agreement, and upon ~ssuance of a notace to proceed by the CITY, and shall remain an fome for the period whach may reasonably be required for the completaon of the Project, ancludlng Addat~onal Servaces, af any, and any requared extensions approved by the CITY Tins Agreement may be sooner termanated m accordance wath the provasaons hereof Tame as of the essence m this Agreement The CONSULTANT shall make all reasonable efforts to complete the services set forth herean as expedataously as possable and to meet the schedule establashed by the CITY, acting through its Caty Manager or has desagnee COMPENSATION A COMPENSATION TERMS 1 "Subcontract Expense" is defined as expenses ancurred by the CONSULTANT ~n employment of other outsade firms for servaces ~n the nature of foundation bonngs, testmg, surveying, and samalar services 2 "Darect Non-Labor Expense" as defined as that expense for any assagnment incurred by the CONSULTANT for supplaes, transportataon and equapment, travel, communacataons, subsastenee and lodgang away from home and s~malar lncadental expenses ~n connection wath that assignment B BILLING AND PAYMENT For and in consaderataon of the professaonal servaces to be performed by the CONSULTANT herean, the CITY agrees to pay based on the Schedule of Charges at the rates show an Attachments B, B 1, B 2, B 3, and B 4, whach are attached hereto and made a part of thas Agreement as ffwntten word for word herean, a total fee including reimbursement for darect non- labor expense, not to exceed $164,855 00 Partaal payments to the CONSULTANT will be made on the basas of detaaled monthly statements rendered to and approved by the CITY through its C~ty Manager or has desagnees, however, under no careumstances shall any monthly statement for services exceed the value of the work performed at the tame a statement as rendered The CITY may wathhold the final 5% of the contract mount untal completaon of the ProJect Page 2 Nothang contmned an thas Artacle shall reqmre the CITY to pay for any work which is unsatisfactory as reasonably determmed by the CaW Manager or has designee or whach is not submitted m comphanee with the terms of thas Agreement The CITY shall not be requared to make any payments to the CONSULTANT when the CONSULTANT as an default under this Agreement It is specifically understood and agreed that the CONSULTANT shall not be authorized to undertake any work pursuant to this agreement which would reqmre addat~onal payments by the CITY for any charge, expense or reambursement above the maxamum not to exceed fee as stated without first having obtained written authorization from the CITY The CONSULTANT shall not proceed to perform the servaees lasted an Article III, Addational Services, without obtaining praor written authorization from the CITY C ADDITIONAL SERVICES For additional services authorized m writing by the CITY an Article III, the CONSULTANT shall be prod based on the Schedule of Charges at an hourly rate shown in Attachment B 1 Payments for add~taonal serrates shall be due and payable upon submlssaon by the CONSULTANT and shall be in accordance with subsectaon B hereof Statements shall not be submatted more frequently than monthly D PAYMENT If the CITY ftuls to make payments due the CONSULTANT for servaces and expenses wathan saxty (60) days after reeeapt of the CONSULTANT'S undisputed statement thereof, the amounts due the CONSULTANT wall be increased by the rate of one percent (1%) per month from the smd slxueth (60~) Provaded, however, nothing herean shall require the CITY to pay the late charge of one percent (1%) set forth hereto ff the CITY reasonably determines that the work is unsatasfaetory, an accordance wath thls Article V, Compensataon OBSERVATION AND REVIEW OF TIlE WORK The CONSULTANT wall exercise reasonable care and due dflagence an dascovenng and promptly~reportmg to the CITY any defects or deficaencies m the work of the CONSULTANT or any subcontractors or subconsultants ARTICLE VII OWNERSHIP OF DOCUMENTS All documents prepared or furnished by the CONSULTANT (and CONSULTANT'S subcontractors or subconsultants) pursuant to thas Agreement arc anstruments of servace and shall become the property of the CITY upon the termlnataon of this Agreement The CONSULTANT as entitled to retaan copaes of all such documents The documents prepared and furnished by the CONSULTANT are intended only to be applacable to thas Project and CITY'S use of these documents m other projects shall be at CITY'S sole risk and expense In the event the CITY uses the Agreement in another project or for other purposes than specaficd hereto any of the Page 3 lnformataon or materials developed pursuant to this Agreement, CONSULTANT is released from any and all liability relatmg to their use m that project INDEPENDENT CONTRACTOR CONSULTANT shall provide services to CITY as an xndependent contractor, not as an employee of the CITY CONSULTANT shall not have or clmm any right arising from employee status INDEMNITY AGREEMENT The CONSULTANT shall mdemmfy and save and hold harmless the CITY and its officers, agents, and employees from and against any and all habthty, clmms, demands, damages, losses and expenses, including but not limited to court costs and reasonable attorney fees incurred by the CITY, and including without hmltat~on damages for bodily and personal injury, death and property damage, resulting from the negligent acts or omlssxons of the CONSULTANT or xts officers, shareholders, agents, or employees xn the execution, operation, or performance of tins Agreement Notlung in this Agreement shall be construed to create a habthty to any person who is not a party to tlus Agreement and nothing herexn shall wmve any of the party's defenses, both at law or eqmty, to any clmm, cause of actxon or htigatlon filed by anyone not a party to this Agreement, mcludlng the defense of governmental immunity, which defenses are hereby expressly reserved INSURANCE Dunng the performance of the Services under this Agreement, CONSULTANT shall mmntam the following insurance, with an insurance company licensed to do busmess in the state of Texas by the State Insurance Commission or any successor agency, that has a rating with Best Rate Careers of at least an "A-" or above A Comprehensive General Liability Insurance with bodily ~njury limits of not less than $500,000 for each occurrence and not less than $500,000 in the aggregate, and with property damage limits of not less than $100,000 for each occurrence and not less than $100, 000 ~n the aggregate B Automobile Liability Insurance wxth bodily injury limits of not less than $500,000 for each person and not less than $500,000 for each accident and with property damage hrmts for not less than $100,000 for each accident C Worker's Compensation Insurance in acc°rdance with statut°ry reqmrements and Empl°yers' Liability Insurance with limits of not less than $100,000 for each acmdent Page 4 D Professional Llablhty Insurance with hmlts of not less than $1,000,000 annual aggregate E The CONSULTANT shall furmsh msurance certfficates or insurance pohcles at the CITY'S request to evidence such coverages The insurance pollmes shall name the CITY as an additional insured on all such policies where possible, and shall contmn a prov~slon that such insurance shall not be canceled or modffied without 30 days prior written notme to CITY and CONSULTANT In such event, the CONSULTANT shall, prior to the effective date of the change or cancellation, serve substitute pohc~es furmshmg the same coverage to CITY ARBITRATION AND ALTERNATE DISPUTE RESOLUTION The parties may agree to settle any d~sputes under this Agreement by submitting the dmpute to arbltratmn or other means of alternate dispute resolution such as mediation No arbltratmn or alternate dispute resolution arising out of or relating to, this agreement mvolvlng one party's disagreement may include the other party to the d~sagreement without the other's approval TERMINATION OF AGREEMENT A Notwithstanding any other provision of this Agreement, e~ther party may terminate by glvmg thirty (30) days advance written notice to the other party B This Agreement may be tenmnated m whole or ~n part m the event of either party substantially failing to fulfill its obhgatmns under thru Agreement No such termination will be affected unless the other party is given (1) written notme (dehvered by certified mall, return receipt requested) of intent to terminate and setting forth the reasons specifying the nonperformance, and not less than 30 calendar days to cure the failure, and (2) an opportumty for consultation with the terminating party prior to termination C If the Agreement is terminated prior to completion of the servmes to be provided hereunder, CONSULTANT shall ~mmechately cease all services and shall render a final bill for services to the CITY w~thm 30 days a~er the date of termination The CITY shall pay CONSULTANT for all services properly rendered and satisfactorily performed and for reimbursable expenses to termination recurred prior to the date of termination ~n accordance with Article IV, Compensation Should the CITY subsequently contract with a new CONSULTANT for the contmuatlon of services on the ProJect, CONSULTANT shall mm over all documents prepared or furmshed by CONSULTANT pursuant to this Agreement to the CITY on or before the date of termlnatlon but may malnttun copies of such documents for its use P~e5 RESPONSIBILITY FOR CLAIMS AND LIABILITIES Approval by the CITY shall not constitute nor be deemed a release of the respnns~bthty and hablhty of the CONSULTANT, its employees, associates, agents, subcontractors and subconsultants for the accuracy and competency of their designs or other work, nor shall such approval be deemed to be an assumption of such responslblhty by the CITY for any defect in thc design other work prepared by the CONSULTANT, its employees, subcontractors, agents and consultants XIV NOTICES All notices, communications, and reports required or permitted under this Agreement shall be personally delivered or totaled to the respective parties by depositing same in the Umted States mml at the address shown below, certified mall, return receipt requested unless otherwise specified herein Mmled notices shall be deemed communicated as of three days mmhng To CONSULTANT To CITY ADS Environmental Services, Inc City of Denton Attention Garry Wood Attention Gerald P Cosgrove, P E 10715 Plane Road, State 200 901-A Texas Street Dallas, Texas 75238-5332 Denton, Texas 76201 All notices shall be deemed effective upon receipt by the party to whom such notice is given or within three days mmhng ENTIRE AGREEMENT This Agreement consisting of~ pag~ and seven (7) Attachments (Attachments A, B, B 1, B 2, B 3, B 4 and C) consisting of t~-~'~ f~ (*, ~) pages constitutes the complete and final j~ expression of the agreement of the parties and is intended as a complete and exclusive statement-0~ of the terms of their agreements, and supersedes all prior contemporaneous offers, promises, representations, negotiations, discussions, communications and agreements which may have been made in connection with the subject matter hereof SEVERABILITY If any provision of this Agreement is found or deemed by a court of competent junsdmtmn to be invalid or unenforceable, it shall be considered severable from the remmnder of this Agreement shall not cause the remainder to be invalid or unenforceable In such event, thc party shall reform this Agreement to replace such stricken provision with a valid and enforceable provision which comes as close as possible to expressing thc intention of the stricken provision Page 6 ~XVII COMPLIANCE WITH LAWS The CONSULTANT shall comply with all federal, state, local laws, roles, regulations, and ordinances applicable to the work covered hereunder as they may now read or hereafter be amended DISCRIMINATION PROHIBITED In performing the services required hereunder, the CONSULTANT shall not discriminate agmnst any person on the basis of race, color, religion, sex, national ong~n or ancestry, age, or physical handicap PERSONNEL A The CONSULTANT represents that it has or will secure at ~ts own expense all personnel required to perform all the services required under th~s Agreement Such personnel shall not be employees or officers of, or have any contractual relations with the City of Denton, Texas CONSULTANT shall promptly reform the CITY of any conflict of interest or potential conflict of interest that may arise dunng the term of th~s Agreement B All services required hereunder will be performed by the CONSULTANT or under 1ts supervision All personnel engaged ~n work shall be qualified and shall bc authorized and permitted under state and local laws to perform such services ASSIGNABILITY The CONSULTANT shall not assign any interest in this Agreement and shall not transfer any Interest m th~s Agreement (whether by assignment, novation or otherwise) without the prior written consent of the CITY MODIFICATION No waiver or modfficatlun of this Agreement or of any covenant, condition, hmltatlon herein contmned shall be vahd unless in writing and duly executed by the party to be charged therewith and no ewdance of any w~uver or modification shall be offered or received in evidence in any proceeding arising between the parties hereto out of or affecting this Agreement, or the rights or obhgat~ons of the parties hereunder, and unless such wmver or modification is in wntlng, duly executed, and, the partxes further agree that the prowslons of thru section will not be wmved unless as hereto set forth Page 7 MISCELLANEOUS A The following Attachments are attached to and made a part of this Agreement Attachment "A" Scope of Work (Incl Exhibit 1) Attachment "B" Cost Schedule Attachment "B 1" Schedule For Hourly Rates For Englneenng Fees Attachment "B 2" Project Admlmstratlve/Presentatlons - Cost Breakdowns Attachment "B 3" Source Defect Analysis - Cost Breakdowns Attachment "B 4" Final Report - Cost Breakdowns Attachment "C" City's Respons~bihtles B CONSULTANT agrees that CITY shall, until the expiration of three (3) years after the final payment under this Agreement, have access to and the right to examine any directly pertinent books, documents, papers and records of the CONSULTANT ~nvolwng transactions relating to this Agreement CONSULTANT agrees that CITY shall have access dunng normal working hours to all necessary CONSULTANT facilities and shall be provided adequate and appropriate working space in order to conduct audits in compliance with this section CITY shall give CONSULTANT reasonable advance not,ce of ~ntended audits C Venue of any stat or cause of action under th~s Agreement shall lie exclusively in Denton County, Texas This Agreement shall be governed by and construed ~n accordance w~th the laws of the State of Texas D For the purpose of tfus Agreement, the key persons who will perform most of this work hereunder shall be Pdcardo Galceran, P E, Scott Murray, P E However, nothing herein shall hmlt CONSULTANT from using other qualified and competent members of their firm to perfoma the services required herein E CONSULTANT shall commence, carry on, and complete any and all projects w~th all appheable dispatch, in a sound, economical, effiment manner, and, m accordance with the prom$1ons hereof In accomplishing the projects, CONSULTANT shall take such steps as are appropriate to ensure that the work revolved is properly coordinated w~th related work being camed on by the CITY F The CITY shall assist the CONSULTANT by placing at the CONSULTANT'S disposal all available information pertinent to the project, including previous reports, and other date relative to the project and arranging for the access to, and make all provisions for the CONSULTANT to enter m or upon, public and private property as required for the CONSULTANT to perform serwces under this Agreement G The CITY shall furnish, as required by the work, and not at the expense of CONSULTANT, the ~tems specifically set out m Attachment "C", "City's Responslbthtles", which is attached hereto, and incorporated as if wntten word for word herein Page 8 H The captions of th~s Agreement are for ~nformational purposes only and shall not an any way affect the substantive terms or conditions of flus Agreement 1N WITNESS HEREOF, the C~ty of Denton, Texas has caused this Agreement to be executed bY ~ts duly authorized Caty Manager, and C_ONS, ULTANT has ex~cute~d th~s Agreement through ~ts duly authorized partners on tlus the/~//J~r day of J,~t_~t~,.... , 1998 - ' (.,/ ~7 "CITY" CITY OF DENTON, TEXAS By . Ted Benavldes, City Manager ATTEST JENNIFER WALTERS, CITY SECRETARY APPROVED AS TO LEGAL FORM HERBERT L PROUTY, CITY ATTORNEY SERVICES, MC Page 9 ATTACHMENT A SCOPE OF WORK CITY OF DENTON - BASINS PB, PC, PD, PE, PG, and PI A. Mobll,zation and ProJect Administrat,on Upon receipt of a Notice to Proceed, ADS w~ll schedule field personnel, mob~hze the proJect team and attend a formal project k~ck-off meebng w~th the CITY Th~s meeting w~ll establ;sh the hnes of commumcat~on and prowde input regarding h~stor~cal ~nformation as ;t relates to the current project scope Preliminary ~nformat~on to be obtained may include, but not be hm~ted to, reports of prewous studies, collection system maps, h~stoncal water usage, and treatment plant records Prewous repor% w~ll be rewewed to provide a better understanding of h~stor~cal cond~bons ~n the wastewater collection system Project rewew meetings w;ll be scheduled penodlcally dunng the course of the project Project tasks completed to date as well as proposed schedules for future tasks w~ll be d~scussed General questions and concerns for future work tasks w~ll also be addressed The ADS field staff w~ll have weekly meetings A total of two presentabons to C~ty staff and the PUB or C~ty Counc;I w~ll be g;ven by ADS B Above Ground Reconnaissance and Map Update Th~s data w~ll supply background base data to be used during the collection system analys~s F~eld crews w~ll perform above ground v~sual ~nspect;ons of each manhole and access structure in the study area D~stances between manholes w~ll be field measured, when possible, and compared to the maps The manholes w~ll be ~nspected w~th the use of a strong artificial I~ght or reflected sunhght The CITY w;ll prowde reasonable assistance where required The follew~ng data to be recorded w~ll ;nclude, but not be hm~ted to Length between manholes Identification of each manhole Ident~ficat;on of covered or unlocated manholes Idenbficaflon of ws~ble sources of extraneous flow Notation of unusual conditions that may require ~mmed~ate attention Confirmation of flow d~rect~on Where d~screpancles are encountered between the field and existing maps, the field blue hne maps w~ll be updated to reflect the system geometry Any hnes observed ~n the field, but not shown on the map will be traced and presented on the CITY's map drawings The result of the above ground inspection w~ll be an updated inventory of that port~on of the collection system inspected, documentation of observed defects and blue hne map update C Internal Manhole Inspect,ons Th~s data w~ll supply background base data to be used dunng the collection system analys~s Internal ~nspect~ons of 100% of all manholes, approximately 800, w~ll be conducted PIPECAMTM w~ll be ut~hzed to prowde telewsed ~nspect~on of the access structures In the event that telewsed inspection ~s not possible, the access structure w~ll be entered and ~nspected Should a confined space entry be necessary, ~ndustry standard OSHA, NIOSH, OSDA and NASSCO confined space entry pohc~es and practices w~ll be followed to ensure safe entry and egress of all access structures In the event of conflicting requirements, OSHA standards will prevail Violations of these procedures will subject ADS to a first time warmng by the CITY and possible termination of the contract for any wolatlons thereafter All manhole components (~ e, cover, frame, frame seal, chimney, corbel, wall, etc ) be ~nspected and recorded on standard field inspect~on forms P~pe d~ameter measurements will be rounded to the nearest ~ndustry standard pipe diameter (I e, a measurement of 7 75" w~ll be recorded as 8 0") The rim-to-invert measurements, ~n tenths of feet, and general orientation for all connecting lines w~ll be recorded Photographm images w~ll be captured of the general surroundings of each manhole and selected defects The following data w~ll be recorded on computer forms for each manhole ~nspected · Manhole ~dent~ficabon (maintenance numbers) · Construction materials and conditions of covers, nngs, walls, aprons, etc · Manhole depth and opemng size · Number and size of holes ~n manhole cover · Identification of infiltration sources · Ewdence of leaks and location · Level of h~gh water mark in the manhole · Type and depth of debris · Special problems and conditions, such as inflow, overflows, bypasses, manholes located m natural pond~ng areas, etc · Size, type and depth of p~pe . Evidence of root intrusion 2 · Cond~bon of p~pe connection at manhole (~ e, dropped joints, cracks or other obwous defects) · D~shes (pans) ~nstalled · Adjustable metal grade nngs Visual inspections will be conducted on all ~ncom~ng and outgoing p~pes of the manholes Inspected Th~s inspection will also ~nclude private service laterals that enter ~nto the access structure Photographic ~mages will be captured of I~ne segments from ~ns~de the access structure, showing cracked p~pe, offset joints greater than 1", parbally or fully collapsed pipe, or obstrucbons such as roots, debris, or grease Data will be recorded on standard ADS field inspection forms A minimum of 20 m~nutes will be spent ~n locating manholes In order for the ~nspecbons to be counted for payment A hst of "could-not-locate" or "~naccess~ble" access structures will be submitted to the CITY Once the CITY has located and prowded access to these structures, ADS will complete all necessary inspections at no add~bonal cost prior to the complebon of field activities For structures located and access prowded after completion of field services, a remob~llzat~on charge will be assessed All new access structures located will be properly ident~fied on sewer maps and prowded to the CITY Dunng all phases of this project traffic control procedures w~ll be used as required for pubhc safety Traffic d~srupbon will be kept to a minimum D Smoke Testing Th~s port~on of the field ~nvest~gat~on w~ll identify those sections of the collection system which have structural defects and experience ~nflow during penods of rainfall ADS will conduct smoke testing ~n the study area which consists of approximately 300,000 I~near feet (I f ) Testing will be accomplished by a two-person crew using a s~ngle 4,000 cfm blower and consecutive three-m~nute non-toxic smoke bombs Smoke tesbng will be hmited to not more than four (4) I~ne segments or 600 I~near feet, whichever ~s less, per setup except where access d~ctates d~fferent setup procedures ADS standard field forms w~ll be ubl~zed to record all defect data A minimum of two (2) measurements to permanent stabonary objects w~ll be recorded and sketched for each I/I defect on pnvate property For ma~nhne defects, measurements w~ll be made from the upstream manhole to the defect D~gltal photographs w~ll be captured of each I/I defect All smoke problems w~ll be quantified by g~wng consideration to the surrounding area contributing to the problem, and the s~ze and density of smoke encountered ADS w~ll keep the CITY ~nformed during all smoke testing procedures and w~ll not~fy the residents by d~strlbut~ng door hangers between 24 and 72 hours pnor to commencing the smoke testing actlwt~es in each area Addlbonally, ADS w~ll nobfy by fax, the local fire department and CITY staff each day pnor to commencing the tests ADS/CITY will jointly respond to all telephone calls by building owners or occupants dunng all active phases of smoke testing ADS/CITY will jointly document all follow-up meetings with property owners or occupants who reported entrance of smoke ~nto their property Any missing clean-out caps w~ll be replaced dunng the smoke tesbng actlwty Clean- out caps w~ll be prowded by the CITY pnor to imt~at~ng smoke testing act~wbes Location of missing and replaced clean-out caps w~ll be documented on the field forms E. Source Defect Analysis Each defect ~dentlfied dunng the field testing w~ll be quantified by taking ~nto consideration the type of defect and tributary area All defects observed and recorded during the field work phase of the project will be accumulated and entered into the PIPETM (Physmal Inventory Point-source Evaluation) Software Each defect will then be pr~or~bzed based on its repair cost and the potential quantity of I/I removed ,All defects and physical data collected during the field ~nspect~on phase will be ~nventor~ed, analyzed, and prioritized Various output reports ~nclude a summary of all field actlwbes, pnonty ranking, cost-efficient pr~onty ranking, and recommended ~mprovement methods and costs The analysis involves the following activities 1 Recording the magmtude (severity) of each defect ~dent~fied 2 Developing an estimated cost to rehab~htate each defect 3 Companng the magmtude of the defect vs the cost of rehab~htat~on A rehab~htat~on method and estimated cost of repair for each defect w~ll be ~denbfied Each defect w~ll receive e~ther a potential I/I estimate of the magmtude of the defect or ~t w~ll be ~denflfied as a structural defect which may not contribute III but w~ll affect the ~ntegnty of the system The final report w~ll pnont~ze the I/I related defects and structural defects m order to develop an effecbve rehab~htatlon plan F Engineering Analysis/Final Report Following the completion of all field and engineering act~wt~es, three (3) cop~es of a draft report will be presented Th~s report w~ll present a summary of all field and office act~wtles, results of analyses, and recommendations A priority ranking of each defect w~ll be presented along w~th the recommended method of rehab~htat~on and esbmated rehab~htat~on cost Each defect w~ll be quantified and a flow balance undertaken All supporting data including manhole ~nspect~on and smoke testing records w~ll be presented Rehab~htat~on summary sheets descnb~ng, by pnonty, the location and descnpt~on of each category of rehab~htat~on work w~ll be referenced back to the field documentation Written comments will be incorporated in the Final Report and twenty (20) copies dehvered Three (3) copies of the supporting appendices w~ll also be delivered F~nal report dehverables will include · Collection system ~nventory · Updated field maps of the collection system · Cost-efficient defect pr~onty ranking · Pr~ont~zed infiltrat~on/mflow reduction plan and estimated cost · Project database · Supporting field documentation · Recommendations and conclusions G Additional Special Services Recommendations for any d~agnost~c testing of the collection system w~ll be prowded These may ~nclude T V inspection, flow ~solat~on, dye testing, etc In Iocabons where defects are located on private laterals, a defect notification letter and a map approved by the CITY wtll be forwarded to the residents notifying them of the defect and ~nstructmg them to remedy the fault These letters w~ll be ma~led certified ma~l / return receipt requested One copy of the letter and map w~ll be sent to the CITY and one copy retained for ADS files No letters w~ll be sent w~thout CITY authorization ATTACHMENT B COST SCHEDULE I CITY OF DENTON - BASINS PB, PC, PD, PE, PG, and PI ~ Descripbon Quantity Unit Cost Total Mob~hz;~t~on, Project, Adm~mstrat~on, L S L S $7,155 00 Presen1 at~ons (Attachment B 2) Basic .~ewlces - Field Inspection Ab 3ve Ground Recon/Map Update 300,0001 f $0 04/I f $12,000 00 M; ~hole Inspection 800 each ~ $55/each $44,000 00 Sn'~oke Testing 300,000 1 f $0 25/I f $75,000 00 Basic ~ ervlces - Engineering Analysi s and Reports Source Defect Analys~s (Al Iachment B 3) 300,000 I f L S $15,000 00 F~r al Report (Attachment B 4) L S L S $11,700 00 Total $164,855 00 Add,tio~al Special Services N;ght Flow Isolation $225/each Dye Water Flooding $225/each Clean/TV Inspection $2 35/I f Dye Testing w;th TV Inspection $180/each Defect Not~ficabon Letter $65/each ATTACHMENT B.1 SCHEDULE FOR HOURLY RATES FOR ENGINEERING FEES* CITY OF DENTON - BASINS PB, PC, PD, PE, PG, and PI Employee Category Hourly Rate Supervising Professional $97 81 per hour Semor Professional $82 76 per hour Project Manager $66 21 per hour Data Analyst/Techmc~an $54 17 per hour Clerical $34 61 per hour *The md~wdual hourly rates ~nclude salary, overhead and profit NOTE 1 Other d~rect charges, ~nclud~ng outside services, will be charged at actual cost plus 10% 2 Hourly rates are based on a mulbpher of 3 13 (benefits at 38, operating overhead at 2 75) ATTACHMENT B.2 PROJECT ADMINISTRATION/PRESENTATIONS COST BREAKDOWNS CITY OF DENTON - BASINS PB, PC, PD, PE, PG, and PI I SALARY COSTS EMPLOYEE CATEGORY HOURLY RATE TOTAL HOURS TOTAL COST SuperviSing Professional $97 81 19 $1,858 39 Sen;or Professional $82 76 33 $2,731 08 ProJect Manager $66 21 41 $2,714 61 Technmal $54 17 15 $812 55 Clerical; $34 61 14 $484 54 Sub-Total $8,601 17 Note Hourly rates are based on a multlpher of 3 13 (benefits at 38, operating overhead at 2 75) II OTHER DIRECT CHARGES CATEGORY EXPENSE MARKUP TOTAL COST Pnnt~ng $225 00 1 1 $247 50 Other Miscellaneous $195 00 I 1 $214 50 Sub-To!al $462 00 Total $9,063 17 ATTACHMENT B.3 SOURCE DEFECT ANALYSIS COST BREAKDOWNS CITY OF DENTON - BASINS PB, PC, PD, PE, PG, and PI SALARY COSTS EMPLOYEE CATEGORY HOURLY RATE TOTAL HOURS TOTAL COST Semor I~rofess~onal $82 76 42 $3,475 92 Techmc~l $54 17 210 $11,375 70 Clerical $34 61 65 $2,249 65 Sub-Total $17,101 27 Note Hourly rates are based on a mulbpher of 3 13 (benefits at 38, operating overhead at 2 75) II. OTHER DIRECT CHARGES CATEGORY EXPENSE MARKUP TOTAL COST Pnnt~ng ' $700 00 1 1 $770 00 Other Mlscellaneous $640 00 1 1 $704 00 Sub-Total $1,474 00 ~ $18,575 27 Total ATTACHMENT B.4 FINAL REPORT COST BREAKDOWNS CITY OF DENTON - BASINS PB, PC, PD, PE, PG, and PI I SALARY COSTS EMPLOYEE CATEGORY HOURLY RATE TOTAL HOURS TOTAL COST Supervising Professional $97 81 21 $2,054 01 Semor Professional $82 76 34 $2,813 84 Data Analyst $54 17 28 $1,516 76 Techmeal $54 17 84 $4,550 28 Clerical $34 61 44 $1,552 84 Sub-Total $12,487 73 Note Hourly rates are based on a multiplier of 3 13 (benefits at 38, operabng overhead at 2 75) II OTHER DIRECT CHARGES CATEGORY EXPENSE MARKUP TOTAL COST Printing $1505 00 1 1 $1,655 50 Other Miscellaneous $650 00 1 1 $715 00 Sub.TolaI $2,370 50 Total $14,858 23 10 ATTACHMENT C CITY'S RESPONSIBILITIES CITY OF DENTON - BASINS PB, PC, PD, PE, PG, and PI The CITY w~ll furmsh, as required by the work and not at the expense of ADS the following ~tems 1 All maps, drawings, reports, records, audits, annual reports, and other data that are available ~n the files of the CITY and which may be useful ~n the work revolved under th~s contract 2 Access to pubhc and private property when required ~n performance of the services to be rendered by ADS 3 The services of at least one of the CITY's employees or staff (~f needed) who has the nght of entry to, and who has knowledge of, the existing sanitary sewer system and force mains, wastewater pump stations, and wastewater treatment fac~ht~es 4 Hall, meeting room, or audltonum space for pubhc hearings and/or presentations, and the audio equipment and project~on equipment required for such heanngs or presentations 5 Any clean-out caps to be ~nstalled during the field inspecbon w~ll be provided pnor to the commencement of the field ~nspect~on 6 Water needed for cleaning lines prior to ~nternal T V mspecbon (if required ) 7 Fac~hfles for dumping matenals removed from the collection system dunng field ~nspect~on services (~f required ) 8 Assistance ~n any removal efforts of cameras lodged ~n pipes dunng field ~nspect~on services (~f required ) 11